13 septembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - September 12, 2019

NAVY

Black Construction-Tutor Perini JV, Harmon, Guam (N62742-19-D-1328); Caddell-Nan JV, Montgomery, Alabama (N62742-19-D-1329); Core Tech-HDCC-Kajima LLC, Tamuning, Guam (N62742-19-D-1330); Gilbane SMCC ECC LLC, Concord, California (N62742-19-D-1331); and Hensel Phelps Construction Co., Honolulu, Hawaii (N62742-19-D-1332), are awarded a combined $990,000,000 indefinite-delivery/indefinite-quantity, multiple award, design build construction contract for projects located primarily for sites in Guam and other areas within the Naval Facilities Engineering Command (NAVFAC), Pacific area of responsibility (AOR). Gilbane SMCC ECC LLC is being awarded the initial $22,997,004 task order for the design and construction of a low rise combined dining and high-intensity tactical training facility for the aviation combat element at Andersen Air Force Base, Joint Region Marianas, Guam. The work to be performed provides new construction, renovation and minor construction, and may include but is not limited to: barracks/dormitories; administrative facilities; communication facilities; educational facilities; medical/dental/hospital facilities; dining facilities; industrial facilities; warehouse facilities; ranges; operational/training facilities; roads, streets and bridges; site utilities/infrastructure; dredging, and aviation facilities (including hangars and aprons), and other base development facilities. Work for this task order is expected to be completed by April 2022. All work on this contract will be performed primarily within the NAVFAC Pacific AOR, which includes Guam (80%); Commonwealth of the Northern Mariana Islands (10%); Hawaii (5%); and other areas in the Pacific and Indian Oceans (5%). The term of the contract is not to exceed 60 months with an expected completion September 2024. Fiscal 2015 and 2019 military construction (Navy) contract funds for $22,997,004 are obligated on this award, of which $13,615,340 will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Walsh Federal LLC, Chicago, Illinois, is awarded a $49,845,000 firm-fixed-price contract for the construction of P426 Littoral Combat Ship (LCS) Logistics Facility at Naval Station Mayport. The work to be performed provides for construction of a new four story, Phase II building, and renovations to the existing Phase I building. The two buildings will house the ashore component of administrative functions for deployed and in-port LCSs, as well as a portion of the training component. The project also includes improvements to Bailey Avenue that will connect P426 to a new parking deck to be designed and constructed under a separate contract. Work will be performed in Jacksonville, Florida, and is expected to be completed by August 2021. Fiscal 2019 military construction (Navy) contract funds for $49,845,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0913).

The Johnson-McAdams Firm P.A.,* Greenwood, Mississippi, is awarded a $30,000,000 indefinite-delivery/indefinite-quantity contract for professional architectural and engineering services in the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). A $33,339 initial task order is awarded to prepare an engineering study of Building 361, detailing required repairs to the interior non-load bearing concrete masonry unit walls at Naval Air Station Meridian, Mississippi. Work for this task order is expected to be completed January 2020. All work on this contract will be performed at various Navy and Marine Corps installations in the NAVFAC Southeast AOR. The work to be performed provides for professional architectural and engineering services for preparation of design-bid-build documents (100% plans and specifications) and design-build request for proposals. Services may also include field investigation and facility damage assessments after hurricanes or other storm events. Specific duties include architectural programming, geotechnical investigation, surveying, cost estimating, DD Form 1391 preparation and other preliminary project documentation. The term of the contract is not to exceed 60 months with an expected completion August 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M, N) contract funds for $33,339 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N; and military construction, (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website with 26 proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0123).

Sroka Inc.,* Strongsville, Ohio, is awarded a $22,944,161 five-year, indefinite-delivery/indefinite-quantity contract for the manufacture of 4,500 counterbalance stand-up rider forklift trucks in support of the Material Handling Equipment (MHE) Program. Work will be performed in Strongsville, Ohio, and is expected to be completed by September 2024. Fiscal 2019 MHE procurement funds (Navy) will be obligated as each delivery order is issued, and funds will not expire at the end of the current fiscal year. This contract resulted from a full and open competitive solicitation, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-19-D-UN01).

Vigor Marine LLC, Portland, Oregon, is awarded a $17,635,905 firm-fixed-price contract for a 63-calendar day shipyard availability for the regular overhaul dry-docking of USNS Henry J. Kaiser (T-AO 202). The $17,635,905 contract consists of the amounts listed in the following areas: category "A" work item cost, additional government requirement, other direct costs and general and administrative costs. Work will include general services, ballast tank recoating, ballast tank preservation, ship service diesel generator maintenance, deck covering replacement, docking and undocking, underwater hull and freeboard cleaning and preservation, stern shaft and propeller repair and sliding block chain replacement. The contract includes options, which if exercised, would bring the total contract value to $19,206,905. Funds will be obligated Sept. 12, 2019, and work is expected to be completed by Dec. 23, 2019. Contract funds for $17,635,240 excluding options, are obligated for fiscal 2020 using Navy working capital funds. Work will be performed in Portland, Oregon, and is expected to begin Oct. 22, 2019. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, and one offer was received. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-4016).

The Boeing Co., Oklahoma City, Oklahoma, is awarded a $15,111,310 firm-fixed-price delivery order (N00019-19-F-0301) against a previously issued basic ordering agreement (N00019-16-G-0001). This order is for non-recurring engineering for integration of the AN/AAQ-24 Large Aircraft Infrared Countermeasures System onto one C-40A aircraft for the Navy. Work will be performed in Oklahoma City, Oklahoma (40%); Seattle, Washington (35%); and San Antonio, Texas (25%), and is expected to be completed in December 2021. Fiscal 2017 aircraft procurement (Navy) funds for $15,111,310 are being obligated on this award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp. Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $12,920,955 cost-plus-fixed-fee modification to previously awarded contract N64267-18-C-0132 for Aegis design agent field engineering services. Work will be performed in Norfolk, Virginia (34%); San Diego, California (31%); Yokosuka, Japan (19%); Pascagoula, Mississippi (4%); Washington, District of Columbia (4%); Port Hueneme, California (4%); and Rota, Spain (4%), and is expected to be completed by September 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $1,042,000; and fiscal 2019 other procurement (Navy) funding for $40,000 will be obligated at time of award, and funds for $1,042,000 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was non-competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The services include test and evaluation, engineering change development, ordnance/ship alterations, modernization engineering, logistics and technical support, ordnance alterations kit development, integration and test support, AN/SPY-1 series radar antenna refurbishment and Coast Guard deep-water program design agent field engineering support. These services are in support of Aegis-equipped CGs and DDGs, allied Aegis-equipped ships and Coast Guard Aegis-configured ships. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $63,992,064. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Granite Construction Co., Watsonville, California, is awarded a $12,901,901 firm-fixed-price task order N62473-19-F-5250 under a multiple award construction contract to repair failing taxiway India at Naval Base Coronado. The task order also contains two unexercised options, which if exercised, would increase the cumulative task order value to $14,268,901. The work to be performed provides for the construction to replace the existing deteriorated concrete with new compliant airfield pavement. The options, if exercised, provides for reconstruction of taxiway, demolition, earthwork, and construction of base, pavement, shoulders, striping, associated electrical along with incidental related work, cement stabilization and replacement of waterline. Work will be performed in San Diego, California, and is expected to be completed by December 2020. Fiscal 2019 operation and maintenance, (Navy) contract funds for $12,901,901 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2437).

Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded a $10,948,268 cost-plus fixed-fee/award-fee order, N62786-19-F-0068, against the previously awarded basic ordering agreement N00024-15-G-2303, to provide advance planning, accomplishment and emergent availabilities for LCS-17 post shakedown availability. Lockheed Martin will provide advance planning and accomplishment of work for emergent availabilities and post-delivery test and trial support. Work will be performed in Mayport, Florida (44%); Hampton, Virginia (24%); District of Columbia (18%); and Moorestown, New Jersey (14%), and is expected to be completed by March 2021. Fiscal 2019 and 2014 shipbuilding and conversion (Navy) funding for $9,866,326 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity.

BAE Systems Land and Armaments, Louisville, Kentucky, is awarded a $7,480,485 firm-fixed-price delivery order for MK38 Machine Gun System coaxial kits. Work will be performed in Louisville, Kentucky (83%); and Mesa, Arizona (17%), and is expected to be completed in December 2020. Fiscal 2019 weapons procurement (Navy); and fiscal 2019 Coast Guard weapons funding in the amount of $7,480,485 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract action will provide all of the necessary materials and services required to manufacture, assemble, inspect, preserve, package and ship Coaxial Kits to support operations and maintenance for the MK38 Machine Gun Systems used by the Navy and Coast Guard. In accordance with 10 U.S. Code 2304(c)(1), this delivery order was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-F-0031)

KIRA Aviation Services LLC, doing business as KIRA Operations Support,* Blytheville, Arkansas, is awarded a $7,107,857 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Air Station Jacksonville and outlying areas. The maximum dollar value including the base period and four option years is $33,972,756. Work will be performed in Jacksonville, Florida (97%); and outlying areas (3%), and is expected to be completed by January 2021. The work to be performed provides for base operations support services to include custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, and other related services. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance, (Navy) (O&M, N); fiscal 2020 Navy working capital funds; fiscal 2020 Defense Health Program; and fiscal 2020 family housing O&M, N contract funds in the amount of $6,459,206 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1919).

ARMY

BFBC LLC, Bozeman, Montana, was awarded a $440,000,000 modification (P00005) to contract W912PL-19-C-0014 for replacement of El Centro and Yuma vehicle and pedestrian barrier. Work will be performed in El Centro, California; and Yuma, Arizona, with an estimated completion date of Jan. 5, 2021. Fiscal 2010 operations and maintenance, Army funds in the amount of $440,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.

Kiewit Infrastructure Co., Woodcliff Lake, New Jersey, was awarded a $264,422,000 firm-fixed-price contract for construction of physical security and safety improvements on and around long span bridges. Bids were solicited via the internet with seven received. Work will be performed in New York, New York, with an estimated completion date of May 31, 2025. Fiscal 2018 civil construction funds in the amount of $264,422,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0015).

Raytheon Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $185,601,502 firm-fixed-price contract for the Javelin Weapon System full rate production, All Up Rounds, Command Launch Unit retrofits, battery coolant units, Javelin outdoor trainers, outdoor trainer instruction station, tripods, Javelin vehicle launcher and electronics. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2023. Fiscal 2018 and 2019 research, development, test and evaluation; Navy procurement; Marine Corps procurement; and missile procurement, Army funds in the combined amount of $185,601,502 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0076).

Dobco Inc., Wayne, New Jersey, was awarded an $111,600,000 firm-fixed-price contract for renovation of barracks. Bids were solicited via the internet with five received. Work will be performed in West Point, New York, with an estimated completion date of Aug.30, 2021. Fiscal 2019 military construction, Army funds in the amount of $111,600,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0020).

Stoa Architects,* Pensacola, Florida (W912DY-19-D-0023); Raymond Pond Full Service Solutions JV LLC,* Conyers, Georgia (W912DY-19-D-0024); PSC-Schenkel Shultz,* Lubbock, Texas (W912DY-19-D-0025); Rogers Lovelock & Fritz, Orlando, Florida (W912DY-19-D-0026); Michael Baker-Stanley JV, Pittsburgh, Pennsylvania (W912DY-19-D-0027); and the Mason & Hanger Group Inc., Lexington, Kentucky (W912DY-19-D-0028), will compete for each order of the $49,000,000 firm-fixed-price contract for support for general military facility design studies and facility commissioning. Bids were solicited via the internet with 36 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Ashford Leebcor Enterprises LLC, Williamsburg, Virginia, was awarded a $28,605,776 firm-fixed-price contract for repairs to exterior walls, windows, fire protection, interior walls, doors, insulation, interior finish, finish floors, ceilings, plumbing, HVAC, HVAC controls, electrical, building information systems, site utilities, structural improvements and asbestos abatement. Bids were solicited via the internet with six received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of March 15, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $28,605,776 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3011).

L.J. Clark Construction Inc.,* Moore Haven, Florida, was awarded an $11,373,817 firm-fixed-price contract for Picayune Strand Restoration Project, Miller Tram and road removal. Bids were solicited via the internet with five received. Work will be performed in Naples, Florida, with an estimated completion date of Jan. 10, 2022. Fiscal 2010 civil construction funds in the amount of $11,373,817 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0026).

R.E. Goodson Construction Co. Inc.,* Darlington, South Carolina, was awarded an $8,622,487 firm-fixed-price contract for raising the crest elevation of the perimeter dike, clearing the interior, adding a sand cap to the existing bird island in the western portion, repairs and modifications to the five existing weir and water control structures along the western dike, clearing and grubbing and replacing the main entrance gate. Bids were solicited via the internet with six received. Work will be performed in Hardeeville, South Carolina, with an estimated completion date of Nov. 25, 2020. Fiscal 2019 civil construction, and civil rivers and harbors contributed funds in the combined amount of $8,622,487 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-5010).

Matrix Providers,* Denver, Colorado, was awarded a $7,586,573 firm-fixed-price contract for per diem nursing services to support. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2020. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K02-16-D-0001).

Senspex Inc.,* Albuquerque, New Mexico, was awarded a $7,500,000 modification (P00003) to contract W56HZV-16-D-0129 for procurement of the highly specialized long-range thermal imaging camera system spare parts, and service support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2021. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Raytheon Co. Missile Systems, Tucson, Arizona, was awarded a $7,493,164 modification (P00001) to contract W15QKN-19-C-0017 for foreign military sales buyback. Work will be performed in Tucson, Arizona; Healdsburg, California; Karlskoga, Sweden; East Camden, Arkansas; Cedar Rapids, Iowa; Southway, Plymouth, United Kingdom; Glenrothes, Scotland, United Kingdom; Cincinnati, Ohio; Farmington, New Mexico; McAlester, Oklahoma; Joplin, Missouri; Salt Lake City, Utah; Gilbert, Arizona; Lansdale, Pennsylvania; and Santa Ana, California, with an estimated completion date of April 29, 2022. Fiscal 2019 Foreign Military Sales funds in the amount of $7,493,164 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

The Johns Hopkins University Applied Physics Laboratory LLC (JHU/APL), Laurel, Maryland, was awarded a non-competitive, single-award, indefinite-delivery/indefinite-quantity contract for essential engineering, research, and/or development capabilities, in line with the core competencies established by the assistant secretary of defense for research and engineering, which designated JHU/APL as a University Affiliated Research Center (UARC). The place of performance will be at JHU/APL, Laurel, Maryland; and at the Defense Information Systems Agency, Fort Meade, Maryland. The contract ceiling value is $245,000,000, funded by multiple appropriation types. The minimum guarantee of $5,793,933 is satisfied through the issuance of the first task order in conjunction with the contract, which is funded by fiscal 2019 research, development, test and evaluation funds. This is a sole source award, and as such, only one proposal was received. The ordering period is Sept. 30, 2019, through Sept. 29, 2024. The Defense Information Technology Contracting Organization, National Capital Region, is the contracting activity (HC1047-19-D-0001).

AIR FORCE

LGS Innovations LLC, Applied Research & Technology, Florham Park, New Jersey, has been awarded a $12,752,488 cost-plus-fixed-fee type contract for the SALIENT GHOST software/hardware testbed. This contract provides for the development and demonstration of a function to address the security and resilience of field programmable gate arrays. Work will be performed at Florham Park, New Jersey, and is expected to be completed by Sept. 12, 2024. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $350,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1515).

X Technologies Inc., San Antonio, Texas, has been awarded a $9,515,986 indefinite-delivery/indefinite-quantity contract for the TTU-595 test sets. This contract provides for the production of TTU-595 Laser-Guided Bomb test sets to functionally check the guidance head of Paveway II and III weapons. Work will be performed at San Antonio, Texas, and is expected to be completed by Sept. 11, 2023. This contract involves foreign military sales (FMS) to Australia, Austria, Belgium, Canada, Denmark, Egypt, Germany, Finland, France, Greece, Israel, Italy, Luxembourg, Netherlands, Norway, Portugal, Spain, Sweden, Switzerland, Turkey and United Kingdom. This award is the result of a competitive acquisition and one offer was received. Fiscal 2017 ammunition procurement funds in the amount of $5,052,774; and FMS funding in the amount of $912,640 are being obligated at time of award. The Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0016).

DEFENSE LOGISTICS AGENCY

Bell Helicopter, Fort Worth, Texas, has been awarded a maximum $8,982,860 firm-fixed-price delivery order (SPRPA1-19-F-M21Q) against a five-year basic ordering agreement (SPRPA1-16-G-001W) for H-1 aircraft tail rotor blades. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a five-year, two-month contract with no option periods. Location of performance is Texas, with a January 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

*Small Business

https://www.defense.gov/Newsroom/Contracts/Contract/Article/1959192/source/GovDelivery/

Sur le même sujet

  • Contract Awards by US Department of Defense - August 26, 2019

    27 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - August 26, 2019

    ARMY AECOM International Inc., Neu-Isenburg, Germany (W912GB-19-D-0028); Atkins-UC JV,* Alexandria, Virginia (W912GB-19-D-0029); Exp-Onyx JV LLP, Chicago, Illinois (W912GB-19-D-0030); HDR Engineering Inc., Colorado Springs, Colorado (W912GB-19-D-0031); Jacobs Government Services Co., Arlington, Virginia (W912GB-19-D-0032); Louis Berger U.S. Inc., Washington, District of Columbia (W912GB-19-D-0033); Michael Baker-Cardno JV, Moon Township, Pennsylvania (W912GB-19-D-0034); Parsons Government Services Inc., San Antonio, Texas (W912GB-19-D-0035); and Woolpert-Black & Veatch JV, Beavercreek, Ohio (W912GB-19-D-0036), will compete for each order of the $94,500,000 firm-fixed-price contract for architect, engineering, master planning and design services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 25, 2024. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity. QED Systems LLC, Aberdeen Proving Ground, Maryland, was awarded a $9,616,948 modification (P00041) to contract W15P7T-14-C-C012 for program management, engineering, logistics, business, administrative, operations and security services. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Feb. 26, 2020. Fiscal 2019 Foreign Military Sales; and operations and maintenance, Army funds in the amount of $9,616,948 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE UES Inc., Dayton, Ohio, has been awarded a $90,300,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for molecular assessment sensing technologies. This contract provides for basic, applied and advanced technology development research, as well as development and demonstration of discovery of molecular signatures of Airman performance and the operational environment and sensing of these signatures in Air Force relevant scenarios. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 31, 2027. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $2,222,857 on three task orders are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-6109). PAE Aviation and Technical Services LLC, Marlton, New Jersey, has been awarded a $19,156,738 modification to previously awarded contract FA4890-15-C0018 for the Aerial Targets Program. The contract modification provides for the exercise of an option for an additional year of service under the multiple year contract, which directly supports live-fire weapons system testing and enables the 53rd Weapons Evaluation Group to perform developmental and operational weapons testing for all air-to-air missiles for the F-15, F-16, F-22, and F-35 aircraft. Work will be performed at Tyndall Air Force Base, Florida; and Holloman AFB, New Mexico, and is expected to be completed by Sept. 30, 2020. Fiscal 2020 operations and maintenance funds are being used and no funds were obligated at the time of award. The Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity. Sonalysts Inc., Waterford, Connecticut, is being awarded a $14,516,477 cost-plus-fixed-fee contract modification (P00008) to the previously awarded contract FA8806-19-C-0002 for Standard Space Trainer Mission-Specific Vendor Plug-in (MSVPs) for the Upward Early Warning Radar. The contract modification provides for future development of MSVPs. Work will be performed at Waterford, Connecticut, and is expected to be completed by July 31, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,300,000 are being obligate at time of award. Total cumulative face value of the contract is $35,209,586.00. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. NAVY Raytheon Co., El Segundo, California, is awarded $74,091,217 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00055 to a previously awarded contract (N00019-16-C-0002). This modification procures pre-operational support for the Next Generation Jammer-Mid Band pod through the completion of the engineering, manufacturing and development (EMD) phase as well as development, test and evaluation (DT&E) activities. Procured support includes organizational-level maintenance, repair, supply chain management, and material support for equipment delivered under the EMD contract, and associated peculiar support equipment/test, measurement, and diagnostic equipment to support DT&E. Work will be performed in Forest, Mississippi (39%); Dallas, Texas (35%); El Segundo, California (16%); Andover, Massachusetts (8%); and Fort Wayne, Indiana (2%), and is expected to be completed in December 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $3,228,948 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. General Dynamics Missions Systems Inc., McLeansville, North Carolina, is awarded a $44,595,146 cost-plus-incentive-fee modification to previously-awarded contract N61331-11-C-0017 for low-rate initial production of the Surface Mine Countermeasure Unmanned Undersea Vehicle (SMCM UUV), also known as Knifefish. The Knifefish program is an ongoing effort to provide a UUV that detects and classifies undersea volume, bottom and buried mines in high-clutter environments. The Knifefish system is part of the Littoral Combat Ship Mine Countermeasures Mission Package and can also be deployed from vessels of opportunity. The low-rate initial production effort will provide the initial systems for the Navy to test and operate. Work will be performed in Quincy, Massachusetts (35%); Taunton, Massachusetts (23%); Braintree, Massachusetts (19%); a location to be determined (15%); McLeansville, North Carolina (6%); Reston, Virginia (1%); and Ann Arbor, Michigan (1%), and is expected to be completed by August 2021. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $44,595,146 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Physical Optics Corp.,* Torrance, California, is awarded $27,230,891 for modification P00012 to previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-17-C-0078) in support of F/A-18E/F and EA-18G aircraft for the Navy and the government of Kuwait. This modification exercises an option for data transfer unit production support, 160 data transfer units, 160 ground data transfer units, 14 maintenance access cables, 600 mission data transfer devices, and 459 maintenance data transfer devices in support of the Navy's F/A-18 E/F and EA-18G program. In addition, this option exercise procures 37 data transfer units, 35 ground data transfer units, 11 maintenance access cables, 122 mission data transfer devices, and 90 maintenance data transfer devices in support of the Kuwait Super Hornet program. Work will be performed in Torrance, California, and is expected to be completed in August 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($22,334,109; 82%); and the government of Kuwait ($4,896,782; 18%) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Airborne Tactical Advantage Co. LLC, Newport News, Virginia, is awarded $13,495,999 for modification P00020 to previously awarded firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00019-15-D-0026. This modification provides for contractor-owned and operated Type IV supersonic aircraft for airborne threat simulation capabilities in support of the Contracted Air Services Program. Work will be performed in Newport News, Virginia (44%); Point Mugu, California (37%); and various locations outside the continental U.S. (19%), and is expected to be completed in May 2020. No funds will be obligated at time of award, funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Melbourne, Florida, is awarded $9,938,480 for modification 004502 to a previously issued delivery order 0045 placed against a basic ordering agreement (N00019-15-G-0026). This modification procures eight E-2C compatible AN/APX-122A Mode 5/S interrogators for the government of Japan. Work will be performed in Greenlawn, New York (82%); and Melbourne, Florida (18%), and is expected to be completed in September 2023. Foreign military sales funds in the amount of $9,938,480 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY C.E. Niehoff & Co.,* Evanston, Illinois, has been awarded a maximum $11,806,163 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engine air conditioner generators. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Illinois, with an Aug. 25, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0152). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1944232/source/GovDelivery/

  • NHIs Are the Future of Cybersecurity: Meet NHIDR

    20 novembre 2024 | International, C4ISR, Sécurité

    NHIs Are the Future of Cybersecurity: Meet NHIDR

    NHIDR secures non-human identities with real-time detection and automated response, preventing sophisticated breaches

  • Aviation firm Vaeridion, founded by ex-Airbus execs, raises 14 million euros
Toutes les nouvelles